Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

Learning Designer - Learning Services

Solicitation number W6570-19SP10/A

Publication date

Closing date and time 2019/02/27 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Learning Designer - Learning Services
    
    W6570-19SP10/A
    Brewster, Shannon
    Telephone No. - (905) 615-2028 
    Email - shannon.brewster@pwgsc.gc.ca
    
    IMPORTANT: This tender is part of Public Works and Government Services Canada’s initiative to submit bid submission files electronically using epost Connect. Interested bidders should refer to Part 2 of the solicitation document entitled Bidders Instructions, as the case may be, for instructions on how to participate and submit their files electronically for this tender.
    
    ELIGIBLE BIDDERS UNDER THIS BID SOLICITATION
    
    This Bid Solicitation is issued against the Learning Services Supply Arrangement (SA), PWGSC File No. EN60ZH-1700LS/B. All terms and conditions of the Learning Services SA apply and are incorporated into any resulting contract.
    
    The requirement described herein is open only to PWGSC Learning Services SA Suppliers.
    
    1. The Royal Canadian Air Force (RCAF), the Department of National Defence (DND) has a requirement for the purchase of learning services to design and author interactive learning content. 
    
    2. The period of the contract is one (1) year from Contract award plus 1 one-year irrevocable option allowing Canada to extend the term of the contract.
    
    3. This requirement is subject to the Canadian Free Trade Agreement (CFTA), the North American Free Trade Agreement (NAFTA), the Canada-Columbia Free Trade Agreement, the Canada-Korea Free Trade Agreement, the Canada-Chili Free Trade Agreement, Canada-Panama Free Trade Agreement and Canada-Honduras Free Trade Agreement the Canada-Peru Free Trade Agreement and the World Trade Organization-Agreement on Government Procurement (WTO-AGP). 
    
    4. Basis of Selection - Highest Combined Rating of Technical Merit and Price
    a) To be declared responsive, a bid must: 
    (i) comply with all the requirements of the bid solicitation; and
    (ii) meet all mandatory criteria; and
    (iii) obtain the required minimum of 32 points overall for the technical evaluation criteria which are subject to point rating. The rating is performed on a scale of 46 points.
    
    b) Bids not meeting (a) or (b) or (c) will be declared non-responsive.
     
    c) The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 60% for the technical merit and 40% for the price. 
    
    d) To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows: total number of points obtained / maximum number of points available multiplied by the ratio of 60%.
    
    e) To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 40%.
    
    f) For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating. 
    
    g) Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract. 
    
    5. Security Requirements
    The following security requirements apply and form part of the Contract.
    
    a) The Contractor must, at all times during the performance of the Contract, hold a valid Facility Security Clearance at the level of secret, issued by the Canadian Industrial Security Directorate (CISD), Public Services and Procurement Canada (PSPC).
    
    b) This contract includes access to Controlled Goods. Prior to access, the contractor must be registered in the Controlled Goods Program of PWGSC.
    
    c) The Contractor personnel requiring access to protected/classified information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of RELIABLITY status, confidential or secret as required, granted or approved by CISD/PSPC.
    
    d) The Contractor must not remove any protected/classified information from the identified work site(s), and the Contractor must ensure that its personnel are made aware of and comply with this restriction.
    
    e) Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    
    f) The Contractor must comply with the provisions of the: 
    (i) Security Requirements Check List and security guide (if applicable), attached at Annex C.
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Brewster, Shannon
    Phone
    (905) 615-2028 ( )
    Email
    shannon.brewster@pwgsc-tpsgc.gc.ca
    Fax
    () -
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    French
    3
    001
    English
    40

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: